NTPC LIMITED  
A GOVERNMENT OF INDIA ENTERPRISE)  
(
SHARED SERVICE CENTRE- WR1, KAWAS  
NOTICE INVITING TENDER (NIT)  
FOR THE WORK OF  
Annual maintenance contract of 3 Nos WDG 3A Locomotives of NTPC  
Solapur,Maharastra  
(DOMESTIC COMPETITIVE BIDDING)  
Tender Ref: NTPC/SSC - WR-I(Kawas)/9900186661  
Bidding Document NO: C00555  
Date : 07.10.2019  
1
.0 NTPC Limited (NTPC) invites online bids on “Single Stage Two Envelope Bidding  
basis” from eligible bidders for aforesaid package, as per the scope of work  
briefly mentioned hereinafter.  
2.0 BRIEF SCOPE OF WORK  
Brief scope of work includes - Preventive maintenance as per schedules (as per  
IR norms) and Breakdown maintenance of all 3 locomotives is to be done as per  
the infrastructure /facilities available at NTPC Solapur Loco shed.  
3
.0 Detailed Specification, Scope of Work and Terms & Conditions are given in the  
Bidding Documents, which are available for examination and Sale at our  
eProcurement Portal (https://eprocurentpc.nic.in/nicgep/app) and as per the  
following schedule:  
NIT Date  
07.10.2019  
Document sale Commencement 07.10.2019  
Date  
Last date for receipt of queries from 17.10.2019  
bidders (if any)  
Last Date & time for Bid submission 30.10.2019 at 1100 Hrs (IST)  
Technical Bid Opening Date & Time 31.10.2019 at 1500 Hrs (IST)  
Price bid Opening Date & time  
Tender Fee  
Shall be intimated separately.  
INR 1062.00 (Rupees one  
thousand sixty two only)  
Tender fee shall be submitted in the form of  
Demand Draft / Banker's cheque / Pay Order from  
any Nationalized / Scheduled Bank drawn in  
favour of NTPC Limited, payable at Kawas.  
Corrigendum, if any, shall be done at our eProcurement Portal  
https://eprocurentpc.nic.in/nicgep/app) only.  
(
4.0 All bids must be accompanied by Bid Security for an amount of INR 1,00,000/-  
(Indian Rupees One Lacs only) in the form as stipulated in the Bidding  
documents. Bid Security shall be submitted in a sealed envelope separately in  
physical form by the stipulated bid submission closing date and time at the  
address given below.  
Benefits of MSME bidders in respect of Tender Fee and Bid Security shall be  
applicable in line with clause 36 of section 2 Instruction to Bidders.  
Page 1 of 4  
ANY BID NOT ACCOMPANIED BY AN ACCEPTABLE BID SECURITY IN A  
SEPARATE SEALED ENVELOPE SHALL BE REJECTED BY THE  
EMPLOYER AS BEING NON-RESPONSIVE AND SHALL NOT BE OPENED.  
5.0 QUALIFYING REQUIREMENTS FOR BIDDERS.  
The bidder who wishes to participate in the bidding shall meet the Qualifying  
Requirements stipulated hereunder:  
5
.1 Technical Criteria:  
The Bidder should have executed the maintenance contract of diesel locomotive of  
model WDM2/WDG3A/BHEL and the contract should include the job of half-yearly  
or higher schedule maintenance work(s) as per Indian Railways norms within  
preceding 07 (seven) years as on the date of Techno-commercial bid opening in any of  
the following manner:  
a. One (1) order having contract value not less than  
OR  
INR 51.84 Lakhs  
b. Two (2) orders having contract value not less than INR 32.40 Lakhs each  
OR  
c. Three (3) orders having contract value not less than INR 25.92 Lakhs each  
Note:  
1
. The word “Executed" mentioned above means that the bidder should have  
achieved the criteria specified above, even if the total contract is started earlier  
and/or is not completed/closed.  
2
. In case of orders under execution, the value of work executed till the date of  
Techno-commercial bid opening duly certified by project authority shall be  
considered acceptable.  
5
5
.2 Financial criteria:  
.2.1 The average annual turnover of the Bidder, should not be less than 64.80 Lakhs  
(Rupees Sixty Four Lakhs and Eighty Thousand only) during the preceding three (3)  
completed financial years as on the date of Techno-commercial bid opening.  
5
.2.2 In case the bidder does not satisfy the financial criteria, stipulated at Cl. 5.2.1 above  
on its own, its holding company would be required to meet the stipulated turnover  
requirements at Cl. 5.2.1 above, provided that the net worth of such holding company as  
on the last day of the preceding financial year is at least equal to or more than the paid-up  
share capital of the holding company. In such an event, the bidder would be required to  
furnish along with its Techno-Commercial bid, a Letter of Undertaking from the holding  
company, supported by Board Resolution, as per the format enclosed in the bid  
documents, pledging unconditional and irrevocable financial support for the execution of  
the Contract by the bidder in case of award.  
5.2.3 In case the bidder is not able to furnish its audited financial statements on stand-  
alone entity basis, the unaudited unconsolidated financial statements of the bidder can be  
Page 2 of 4  
considered acceptable provided the bidder further furnishes the following documents in  
substantiation of its qualification.  
1
. Copies of the unaudited unconsolidated financial statements of the bidder along  
with copies of the audited consolidated financial statements of the Holding  
Company.  
2
. A Certificate from the CEO/CFO of the Holding Company, as per the format  
enclosed in the bid documents, stating that the unaudited unconsolidated financial  
statements form part of the Consolidated Annual Report of the company.  
5
.2.4 In cases where audited results for the last financial year as on the date of techno-  
commercial bid opening are not available, the financial results certified by a practicing  
Chartered Accountant shall be considered acceptable. In case, Bidder is not able to  
submit the Certificate from practicing Chartered Accountant certifying its financial  
parameters, the audited results of three consecutive financial years preceding the last  
financial year shall be considered for evaluating the financial parameters. Further, a  
Certificate would be required from the CEO/CFO as per the format enclosed in the  
bidding documents stating that the Financial results of the Company are under audit as on  
the date of Techno-commercial bid opening and the Certificate from the practicing  
Chartered Accountant certifying the financial parameters is not available.  
NOTES:  
1
2
. Other income shall not be considered for arriving at annual turnover.  
. “Holding company" and “Subsidiary Company” shall have the meaning ascribed  
to them as per Companies Act of India.  
6
.0 NTPC reserves the right to reject any or all bids or cancel / withdraw the  
Invitation for Bids/NIT without assigning any reason whatsoever and in such case  
no bidder / intending bidder shall have any claim arising out of such action.  
7
.0 A complete set of Bidding Document may be downloaded by any interested  
Bidder from https://eprocurentpc.nic.in/nicgep/app. Tender fee as mentioned  
above in the form of a crossed account Payee demand draft in favour of NTPC  
Ltd., Payable at Kawas is required to be submitted in separately sealed envelope  
at the address mentioned in the bidding document before stipulated date & time  
of submission of bid.  
Prospective bidders are compulsorily required to provide GSTIN number at  
with Tender Fee.  
Issuance of bid documents to any Bidder shall not construe that such  
bidder is considered to be qualified. Bids shall be submitted online and  
opened at the address given below in the presence of Bidder’s  
representatives who choose to attend the bid opening. Bidder shall furnish  
Cost of bidding document, Bid Security, and Power of Attorney separately  
offline as detailed in Bidding Documents by the stipulated bid submission  
closing date and time at the address givenbelow.  
Page 3 of 4  
9.0 Transfer of Bidding Documents purchased by one intending Bidder to  
another is not permissible.  
Address for Communication  
ADDITIONAL GENERAL MANAGER (C&M)  
NTPC Limited, Western Region 1 Shared Service Centre –  
Kawas, Simulator Building, Kawas Gas Power Project,  
PO Adityanagar,  
Surat – 394516, Gujarat  
Telephone No. : 0261-2860165 ,02612877981,  
Email: poojasaha@ntpc.co.in/ bhupeshgupta@ntpc.co.in/ bnarasimha@ntpc.co.in  
subodhshankar@ntpc.co.in  
/
Websites: www.eprocure.gov.in (or) https://eprocurentpc.nic.in/nicgep/app  
(
or) www.ntpctender.com  
1
.
Registered Address  
NTPC Bhawan, Core-7, Scope Complex,  
Institutional Area, Lodhi Road, New Delhi-110003, Corporate Identification  
Number: L40101 DLI975 GOI007966, Website: www.ntpc.co.in  
Page 4 of 4